New York Bids > Bid Detail

U.S. Department of Agriculture Seeks to Lease General-Purpose Office and Related Space in Riverhead, Suffolk County, New York

Agency: AGRICULTURE, DEPARTMENT OF
Level of Government: Federal
Category:
  • X - Lease or Rental of Facilities
Opps ID: NBD00159692821977698
Posted Date: Sep 21, 2022
Due Date: Nov 10, 2022
Solicitation No: 57-36103-22-FA
Source: https://sam.gov/opp/e9ae0392c8...
Follow
U.S. Department of Agriculture Seeks to Lease General-Purpose Office and Related Space in Riverhead, Suffolk County, New York
Active
Contract Opportunity
Notice ID
57-36103-22-FA
Related Notice
Department/Ind. Agency
AGRICULTURE, DEPARTMENT OF
Sub-tier
FARM PRODUCTION AND CONSERVATION BUSINESS CENTER
Office
FPAC BUS CNTR-MGMT SVS DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Sep 21, 2022 01:26 pm EDT
  • Original Response Date: Nov 10, 2022 04:30 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: X1AA - LEASE/RENTAL OF OFFICE BUILDINGS
  • NAICS Code:
    • 531120 - Lessors of Nonresidential Buildings (except Miniwarehouses)
  • Place of Performance:
    Riverhead , NY
    USA
Description

The U.S. Department of Agriculture (USDA) seeks to lease the following space:



State: New York



City: Riverhead



County: Suffolk County



Delineated Area: See attached delineated area map



North, beginning at the intersection of the shoreline of Long Island Sound and Roanoke Avenue, head north/ northwest and ending at the intersection of the shoreline of Long Island Sound and Pennys Road;



East, beginning at the intersection of the shoreline of Long Island Sound and Pennys Road, head south/ southeast to Sound Avenue then head West to Northville Turnpike then south/ southwest on Northville Turnpike to Cross River Drive then head south on Cross River Drive ending at the intersection of Cross River Drive and southern shoreline of Peconic River across from Indian Island County Park;



South, beginning at the southern shoreline of Peconic River across from Indian Island County Park, continue around to northern Peconic River shoreline past Indian Island Golf Course/Colonels Island continuing west along the northern shoreline of Peconic River ending at the intersection of northern shoreline of Peconic River and Mill Road;



West, beginning at the intersection of norther shoreline of Peconic River and Mill Road, head north/northwest on Mill Road to Osborn Avenue to the intersection of Osborn Avenue and Sound Avenue continuing east/northeast to Roanoke Avenue continuing north on Roanoke Avenue ending at the intersection of the shoreline of Long Island Sound and Roanoke Avenue. To the West, beginning at the intersection of norther shoreline of Peconic River and Mill Road, head north/northwest on Mill Road to Osborn Avenue to the intersection of Osborn Avenue and Sound Avenue continuing east/northeast to Roanoke Avenue continuing north on Roanoke Avenue ending at the intersection of the shoreline of Long Island Sound and Roanoke Avenue.



Minimum Sq. Ft. (ABOA): 2,803 ABOA SF Minimum



Maximum Sq. Ft. (ABOA): 2,943 ABOA SF Maximum



Maximum Sq. Ft. (RSF): Not to exceed 3,363 Rentable Square Feet



Space Type: General-purpose office and related space



Reserved Parking Spaces (Total): Three (3) Reserved for Government Official Vehicles (GOVs)



Non-Reserved Parking Spaces (Total): Thirteen (13) Non-Reserved for Employee and Producer Vehicles; of which:




  • The parking shall be either on-site or publicly available within 1/4 walkable mile (1,320 feet) of the public entrance of the Premises.

  • The parking lot shall have pull-through capabilities and shall not be obstructed by adjacent building/ tenant usage.

  • Two (2) spaces shall be large enough to accommodate large, farm-type vehicles.



Full Term: Up to twenty (20) years full (soft term)



Firm Term: Ten (10) years firm (firm term)



Termination Rights: 120-days’ written notice by Government after expiration of firm lease term



Renewal Options: None



Additional Requirements:




  • The space offered, its location, and its surrounding areas must be compatible with the Government’s intended use.

  • Space will not be considered where any living quarters are located within the building.

  • Space shall not be located near establishments whose primary operation is the sale of alcoholic beverages, firearms sold/discharged, or where there are tenants related to drug treatment or detention facilities.

  • Subleases are not acceptable.

  • First floor space is preferred. Office space must be contiguous and continuous on one floor. If space offered is above ground level, then at least one (1) accessible elevator will be required.

  • The Government will have access to the Space 24-hours a day, 7-days a week. Normal hours of operation are Monday through Friday 6:00 AM – 6:00 PM (excluding Saturday’s, Sunday’s, and Federal Holiday’s).

  • Offered space must meet the Government’s requirements for fire safety, accessibility, seismic, and sustainability standards per the terms of the Lease.

  • A fully serviced lease is required. All services, janitorial services, utilities shall be provided as part of the rental consideration.

  • Offered space shall not be in the 500-year flood plain. This includes but is not limited to the building, parking lot, site, or ingress/ egress points to the site.



Expressions of Interest Due: 4:30 PM Eastern, Thursday, November 10, 2022



Market Survey or Building Tour (Estimated): Week of November 28, 2022



Occupancy (Estimated): The later 01/01/2024 or within 120-days of the Government Notice to Proceed for Tenant Improvements in accordance with the lease



Note: Entities not currently registered in the System for Award Management (SAM) at SAM.gov, are advised to start the registration process as soon as possible if intending to submit an offer for possible lease award.



Expressions of Interest shall include the following:




  1. If existing building, building name and address, and location of the available space within the Building, along with building site/ lot plans, interior layout drawings/pictures (with dimensions shown) reflecting the Space that is being offered.

  2. If new construction, site/aerial plans or building site/lot plans showing the location of the proposal land, along with the parcel number (if part of multiple parcels, all parcel numbers associated with the proposed land). Adjacent streets showing proposed ingress/egress shall be shown on the plans.

  3. Rentable square feet (RSF) and ANSI/BOMA office area (ABOA) square feet to be offered.

  4. Date of space availability.

  5. If offeror is not the owner of the building, an authorization letter signed by owner to represent owner for property will be required.*

  6. Amount of/type of parking available on-site.

  7. Photos of the space or site being submitted, or permission for Market Survey participants to photograph the space or site.

  8. For existing buildings, provide information on condition of building systems, roof, foundation, and current floor plan. Alternatively, provide a copy of a recent commercial building inspection or appraisal.



* As mentioned in #5 above, any submission received without written authorization to represent owner(s) will not be considered until such time the documentation has been received. In cases where an agent is representing multiple entities, written acknowledgement/permission from each entity to represent multiple interest parties for the same submission must be submitted prior to the Expressions of Interest due date.



Send Expressions of Interest to:



Name/Title: Shannon Schoening, Lease Contracting Officer



Email Address: Shannon.schoening@usda.gov



Government Contact Information:



Lease Contracting Officer: Shannon Schoening



Realty Specialist: None



Broker: None


Attachments/Links
Contact Information
Contracting Office Address
  • FPAC BUS CNTR-MGMT SVS DIV 1400 INDEPENDENCE AVE SW
  • WASHINGTON , DC 20250
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Sep 21, 2022 01:26 pm EDTPresolicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >